CITY OF LAREDO SOMBRERETILLO WASTEWATER ......2014/05/08 · Drawing 0200-M-02, Note 3 for Section A, on the left side of the drawing, states - Substitute Type 316SS for all materials
Post on 11-Feb-2021
0 Views
Preview:
Transcript
CITY OF LAREDO
SOMBRERETILLO WASTEWATER TREATMENT PLANT
Addendum No. 9
October 07th
, 2014
REVISIONS TO CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
Questions and Clarifications:
Questions received by e-mail:
Question- No. 1-
Question-
Low Pressure Air Valves (LPA), Valve Schedule 15090 PAGE 9, Drawings 0400-M-01, 0400-M-02, 0400-M-04,
0400-M-07. BV-410 12" MOV - We can not find this valve in the LPA Mechanical Drawings or the Electrical
Drawings, in fact we can not find a 12" Butterfly Valve in the LPA lines at all.
Response:
The two valves are depicted on Sheet 0400-M-04, BF-0410-LPA and BF-0411-LPA.
Delete and do not install BF-0411-LPA. Install BF-410-LPA but do not add the motor operated actuator. The
motor operated actuator will be installed in the future as part of the next expansion. These future MOV will be
powered from Power Panel PP-1 (Refer to Sheet 0105-E-17). Conduit No. PP1A-2 (1.5-inch) is reserved for this
use.
Sheet 0400-M-04 and Spec Section 15090 will be revised in the conformed set issued for construction.
Question- No. 2-
Question-
Clarifications - Addendum #5, Q&A no 18.
The question was about MJ accessories & Flange accessories (i.e. Flange Bolts & Nuts), it was stated that the
above ground MJ accessories & Flange accessories aren't required to be 316SS, only buried MJ accessories &
Flange accessories had to be 316SS.
Your Answer was that: All Mechanical Joint Accessories, buried and above ground shall be 316 stainless steel. Are
you referring to Flange Bolts & Nuts also when you state "All Mechanical Joint Accessories",
We ask the above questions because of the following conflicts:
Specification 15020 DIP 2.2 D, tells us to use Low Carbon steel conforming to A307 Grd B except for wetted,
submerged or buried locations. and to use 316SS for wetted submerged or buried locations.
Specification 02225 PVC Water Pipe 2.01 G, tells us to use 316SS bolts rods & nuts for DIP JF fittings.
Addendum No. 9 - 10/07/2014 Page 1
Specification 02506 PVC Pipe 2.01 G, tells us to use 316SS bolts rods & nuts for DIP JF fittings.
15001 Process Piping - General 2.1 G, tells us all bolts and fasteners on buried fittings and valves shall be "alloy
steel" in according with AWWA C110 or C111. Bolts and fasteners on submerged pipe, fittings, and valves shall be
Type 316SS.
Response:
Yes.
Question- No. 3-
Question-
Specification 15001 Process Piping - General, Pipe Schedule, tells us to use specifications 15032 & 15030 for PVC
pipe on this project, do these sections over rule the following specifications;
02225 PVC Water Pipe
02506 PVC Pipe
02531 Gravity Sanitary Sewers
02532 Sanitary Sewer, Recycled Water Force Mains.
Response:
Specifications 15032 and 15030 do not override specifications 02225, 02506, 02531, 02532 Sanitary Sewer Lines
A, B, C, 8” SS along Quivira Rd, 8” Water Line along Quivira Rd and 8” Potable Water (PW) are not considered
part of Process Piping.
Question- No. 4-
Question-
Bid item 10, is for 25 off-site manholes, but we count more than 25 off-site manholes (32 in all), 25 in lines A & B,
and 7 in line D which gives us 32 off-site manholes.
Our question is this. Is Bid item 10 for the 25 manholes in lines A & B only? If So, where do the 7 manholes in the
8" Sewer Line D go? Bid item 6 or 10?
Response:
Line A (18 manholes), Line B (6 manholes), Line C (3 manholes) and 8” line along Quivira Rd (7 manholes) There
are 34 Manholes Bid Item 10. Attached is the updated Section A5 Bid Proposal.
Question- No. 5-
Question-
Drawing 0200-M-02, Note 3 for Section A, on the left side of the drawing, states - Substitute Type 316SS for all
materials specified in Details. What is this note for? Do you mean all misc. items shown on the Mechanical - Detail
Addendum No. 9 - 10/07/2014 Page 2
pages (1700-M-01 thru 1700-M-08) to be 316SS (i.e. Pipe Supports, Hose Racks, Eye Wash Stations, Valve
Extension Stems, etc....) Just what does this note mean or refer to?
Response:
The note refers to details on drawing 0200-M-03.
Question- No. 6-
Question-
In regards to the 18” thru 30” offsite piping . The plan sheets label it as PS 46. CITY OF LAREDO SPECS CALL
OUT FOR A PS 115 and there are no call outs in their specs as “or as shown on plans”. Your specification #02531
calls it out as PS 115 also. In the General Notes for Sanitary Sewer Sheet 0000-G-04 NOTE N11. Please let me
know which is the correct offsite pipe stiffness PS 46 or PS 115.
Response:
PS 46.
Additions & Deletions:
SPECIFICATIONS:
Modify: Specification Section A-5 Bid Proposal.
Delete: In its entirety Section (Pages 1 to 22)
Replace with:
New Section – Attached hereto (Pages 1 to 22)
Modify: Specification Section 01025 Measurement and Payment.
Delete: In its entirety Section (Pages 1 to 12)
Replace with:
New Section – Attached hereto (Pages 1 to 12)
CONSTRUCTION PLANS:
Add: 0100-C-01.1 Sheet 21.1 of 391 Reclaimed Water Fill Station Site
ATTACHMENTS:
Add: Attachment B Geotechnical Engineering Study, Sombreretillo Waste Water Treatment Plant
Sanitary Sewer Interceptors (Pages 1 to 58)
Add: Attachment C Supplement to Geotechnical Engineering Study, Sombreretillo Waste Water
Treatment Plant Offsite Sanitary Sewer Line and Quivira Road (Pages 1 to 2)
Addendum No. 9 - 10/07/2014 Page 3
Each Bidder is requested to acknowledge receipt of this addendum by his/her signature affixed hereto and to file same with and attached to his/her bid.
Recommended By:
_____________________________________JoEmma P. Sherfey, P.E.Sherfey Engineering Company, LLCFirm No. F-3132
Date:_________________________________
All contractors, holders of plans and specifications and all interested parties to the referenced project are hereby notified of the following revisions to the plans and/or specifications of the above referenced project.
The undersigned acknowledges receipt of this addendum and the bid submitted herewith is in accordance with the information and stipulations set forth.
Signature of Bidder________________________________________
Date: ________________________________________________________
END OF ADDENDUM NO 9CONSISTING OF 99 PAGES
Addendum No. 9 - 10/07/2014 Page 4
10/07/2014
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
emartinezTypewritten Text
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 1
SECTION A-5
BID PROPOSAL SOMBRERETILLO WASTEWATER TREATMENT PLANT
To: THE CITY OF LAREDO, TEXAS
From:
Contractor
Address:
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
Attn: Honorable Raul G. Salinas, Mayor
1. BIDDER’S DECLARATION
Pursuant to Notice to Bidders, the undersigned bidder hereby proposes to furnish the labor, materials, and equipment in
accordance with the Plans and Specifications, Conditions of the Contract, Special Provisions of the Agreement, and
Addenda, if any. The bidder binds himself upon acceptance of his proposal to execute a contract and bonds on the
accompanying form for performing and completing the said work within the time stated and as required by the detailed
Specifications at the following unit prices. The quantities shown below are based on the Engineer's estimate of quantities
and it is agreed that the quantities may be increased or diminished, and may be considered necessary in the opinion of the
City of Laredo, Texas, to complete the work fully as planned and contemplated, and that all quantities of work, either
increased or decreased, are to be performed at the unit prices set forth below (except as provided in the Conditions of the
Contract or the Specifications, or the Contract Documents).
2. CONTRACT TIME
The undersigned bidder proposes to substantially complete the entire project including any and all alternates selected
within three hundred and eighty (380) working days and forty five (45) working days to final project completion. Four
hundred and twenty five (425) total working days.
3. ADDENDA
Acknowledgment of Addenda: (Please initial and date)
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Addendum No. 5:
Addendum No. 6:
Addendum No. 7:
Addendum No. 8:
Addendum No. 9:
Addendum No. 10:
Addendum No. 9 - 10/07/2014 Page 5
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 2
Addendum No. 11:
Addendum No. 12:
Addendum No. 13:
4. SUBCONTRACTORS
4.1 Bidders agree to submit in accordance with INSTRUCTIONS TO BIDDERS, a listing of subcontracting firms or business that will be awarded subcontracts.
4.2 Indicate all Sub-Contractors and services that will perform 5% or more of the total contract amount (Page 19).
5. DOCUMENTS
5.1 Acknowledgement of other documents: (Please initial and date)
Wage Determination: ______________________________________________________________
Labor Provisions: _________________________________________________________________
6. MAJOR EQUIPMENT ITEMS
In connection with major items of equipment to be furnished and installed in the Project, the Bidder agrees to the
following:
1. Designate equipment to be supplied by the Bidder in the Schedule of Major Equipment Suppliers Table.
2. The Bidder’s bids price includes the cost (if any) of changes in design, structure, building, piping, electrical, etc. necessary to accommodate any equipment proposed. Bid Documents were developed
based on equipment noted as A in the Schedule of Major Equipment Suppliers Table.
3. Contractor may propose to use an alternative supplier for Major Equipment noted in the Schedule of Major Equipment Suppliers Table. Include appropriate deductive price offered for any alternative supplier
proposed deemed equal in quality to those listed as Base Bid Suppliers in table. However, a Base Bid
supplier must be selected. Failure to indicate a Base Bid supplier shall render the Bidder non-responsive.
If the alternate supplier is determined by the Engineer to not be equivalent, the Bidder shall revert back to
the supplier selected in the base bid.
4. If the proposed alternate supplier is determined “non equivalent” by the Engineer, the bidder must use the circled supplier. If the Bidder fails to indicate which listed supplier/manufacturer he intends to use if an
alternate is rejected, he must use the supplier listed as “A”. Also, if the bidder circles more than one listed
supplier, he must use the first supplier circled (unless an alternate is approved).
5. For any alternate supplier accepted by the Owner, the Contract price will be reduced by the deductive amount stated in the Bid. However, because the Contract Price is based on listed suppliers/manufacturers
it will not be adjusted for any alternate supplier rejected.
6. The deductive amount specified for alternate suppliers/manufacturers will not be used in determining the successful Bidder. Alternates will be considered only after award of the contract.
Addendum No. 9 - 10/07/2014 Page 6
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 3
SCHEDULE OF MAJOR EQUIPMENT SUPPLIERS
Specification
Section No.
Equipment Description
Base Bid
Supplier/Mfr
Selected Base
Bid a Supplier/Mfr
Deduct
Alternative b Supplier/Mfr
Deductive Price
11062 Influent LS- Submersible
Pumps
A. Xylem/ITT Flygt B. KSB
$
11063
BNR Basin-
Scum Pump
A. Xylem/ITT Flygt B. KSB
$
11064 BNR-
NRCY Submersible
Propeller Pumps
A. Xylem/ITT Flygt B. KSB
$
11066 NPW PS-
Vertical Turbine Pumps
A. Flowserve A $
11068 Dewatering Facility-
Positive Displacement
Pumps
A. Moyno B. Netzsch C. Seepex
$
11070 Secondary Clarifier-
Re-circulating Scum
Pumps
A. Vaughan B. Hayward Gordon
$
11072 RAS/WAS PS-
Screw Centrifugal
Pumps
A. Wemco B. Hayward Gordon
$
11073 Headworks-
Grit Pump
A. Wemco B. Pista Turbo
$
11084 BNR & Chlorine Contact
Basin-
Fine Bubble Diffusers
A. ITT Sanitare B. Aquarius C. Stamford Scientific Inc.
(SSI)
D. Environmental Dynamics, Inc. (EDI)
$
11086 Sludge Holding Tank-
Coarse Bubble Diffusers
A. Aquarius B. ITT Sanitare C. Stamford Scientific Inc.
(SSI)
D. Environmental Dynamics, Inc. (EDI)
$
11092 Headworks-
Fine Screen
A. JWC Environmental B. Hydo-Dyne, Inc.
$
11092 Headworks-
Grinder
A. JWC Environmental
A $
11096 Headworks-
Vortex Grit System
A. Smith and Loveless, Inc. B. Jones and Attwood C. Hydro-Dyne, Inc.
$
11097 Headworks-
Grit Classifer and
Washer
A. Smith and Loveless, Inc. B. Jones and Attwood C. Hydro-Dyne, Inc.
$
11125 Secondary Clarifier-
Circular Suction Type
A. Siemens B. Ovivo C. Walker Process
$
11249 Disinfection System-
Chlorine Scrubber
System
A. Purafil Environmental B. EST C. Pure Air Filtration
$
11282 Weir & Slide Gates, Stop
Logs
A. FONTAINE LTD. B. Whipps Inc. C. Hydro Gate
$
11373 CCB Rotary Lobe
Positive Displacement
Blowers
A. Aerzen B. HSI/Atlas Copco, USA
$
Addendum No. 9 - 10/07/2014 Page 7
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 4
Specification
Section No.
Equipment Description
Base Bid
Supplier/Mfr
Selected Base
Bid a Supplier/Mfr
Deduct
Alternative b Supplier/Mfr
Deductive Price
11374 BNR and SHT-
Rotary Lobe
Compression Blowers
A. Aerzen B. HSI/Atlas Copco, USA
$
11375 BNR-
Vertical Anoxic Mixers
A. Lightnin B. Philadelphia C. Chemineer
$
11415 Dewatering Facility-
Belt Filter Press
A. Ashbrook Simon-Hartly B. Andritz
$
11420 Sludge Holding Tank-
Rotary Drum Thickener
A. Parkson B. Alfa Laval, Inc. C. Vulcan Industries
$
11921 Disinfection System-
Chlorination System
A. Siemens- Wallace & Tiernan
B. Capital Controls
$
11923 Chemical Feed-
Polymer Feed System
A. US Filter/Stranco B. Velodyne C. Dynablend
$
11924 SBS System-
Chemical Induction Unit
A. Water Champ B. JCS Industries C. Gas MASTRRR
$
11925 SBS System-
Peristaltic Metering
Pumps
A. Watson-Marlow B. Blue and White C. Prominent
$
11928 SBS System -
FRP Tank
A. Xerxes B. Diamond Fiberglass C. Plastank
$
14550 Belt Conveyor -
A. Jim Myers & Sons, Inc. B. KMS Environmental C. Custom Conveyors D. JDV Equipment
$
14560 Pivoting Shaft
Conveyors-
A. Jim Myers & Sons, Inc. B. KMS Environmental C. Custom Conveyors D. JDV Equipment
$
a Indicate Supplier selected: A, B, C, or D.
b Indicate definite alternate supplier (if applicable) deemed equal in quality to those listed as Base Bid Suppliers.
7. TRENCH EXCAVATION SAFETY PROTECTION
When trench excavations exceed 5-feet in depth, CONTRACTOR shall comply with Occupational Safety and
Health Administrations standards for trench safety that will be effect during the Work. A copy of geotechnical
information for CONTRACTOR use in design of the trench safety system is available upon request.
Addendum No. 9 - 10/07/2014 Page 8
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 5
8. BIDDER
Contractor/Firm
Signature Title
Address City/State Zip Code
Telephone Number: ( )
Fax Number ( )
Date:
Addendum No. 9 - 10/07/2014 Page 9
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 6
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
A. LUMP SUM WORK
1.
Mobilization. _________________________________
____________________________________________
____________________________________________
____________________________________________ LS 1
$________ $_________
2.
Stormwater Pollution Prevention Plan (SWPPP). This
also includes all BMPs (silt fencing, construction,
entrance, inlet protection, rock filter dams, hydromulch
seeding, etc).
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
3.
Control of Groundwater and Surface Water. _________
____________________________________________
____________________________________________
____________________________________________ LS 1
$________ $_________
4.
Trench Safety System. __________________________
____________________________________________
____________________________________________
____________________________________________ LF 16,297
$________ $_________
5.
Off-site 8-inch Water Main, all depths, includes all
excavation. ___________________________________
____________________________________________
____________________________________________
____________________________________________
LF 1,925
$________ $_________
6.
Off-site 8-inch Sanitary Sewer, all depths, includes all
excavation. ___________________________________
____________________________________________
____________________________________________
____________________________________________
LF 2,105
$________ $_________
Addendum No. 9 - 10/07/2014 Page 10
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 7
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
7.
Off-site 18-inch Sanitary Sewer, all depths, includes all
excavation. ___________________________________
____________________________________________
____________________________________________
____________________________________________
LF 2,450
$________ $_________
8.
Off-site 24-inch Sanitary Sewer, all depths, includes all
excavation. ___________________________________
____________________________________________
____________________________________________
____________________________________________
LF 6,606
$________ $_________
9.
Off-site 30-inch Sanitary Sewer (To Influent Lift
Station), all depths, includes all excavation. _________
____________________________________________
____________________________________________
____________________________________________
LF 3,210
$________ $_________
10.
Off-site Manholes (All depths and sizes), includes all
excavation. ___________________________________
____________________________________________
____________________________________________
____________________________________________
EA 34
$________ $_________
11.
Influent Lift Station (Series 200). Includes all structural
and mechanical components including equipment
required to make Influent Lift Station functional
whether shown or not shown on the Plans. Electrical and
PMCS related items shall be included in Item 23 and 24.
____________________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
12.
Headworks (Series 300). Includes all structural and
mechanical components excluding bid item 30 (Refer to
Bid Item 30) required to make Headworks functional
whether shown or not shown on the Plans. Electrical and
PMCS related items shall be included in Item 23 and 24.
____________________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
Addendum No. 9 - 10/07/2014 Page 11
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 8
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
13.
BNR Basin and Blowers (Series 400). Includes all
structural and mechanical components including
equipment required to make BNR Basin and Blowers
functional whether shown or not shown on the Plans.
Electrical and PMCS related items shall be included in
Item 23 and 24. ________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
14.
Secondary Clarifiers (Series 600). Includes all structural
and mechanical components including equipment
required to make Secondary Clarifiers functional
whether shown or not shown on the Plans. Electrical and
PMCS related items shall be included in Item 23 and 24.
____________________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
15.
RAS/WAS PS (Series 700). Includes all structural and
mechanical components including equipment required
to make RAS/WAS Station functional whether shown or
not shown on the Plans. Electrical and PMCS related
items shall be included in Item 23 and 24. ___________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
16.
Chlorine Contact Basin and Blowers (Series 800).
Includes all structural and mechanical components
excluding bid item 31 (Refer to Bid Item 31) required to
make Chlorine Contact Basin and Blowers functional
whether shown or not shown on the Plans. Electrical and
PMCS related items shall be included in Item 23 and 24.
____________________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
Addendum No. 9 - 10/07/2014 Page 12
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 9
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
17.
Chlorine Building (Series 900). Includes all structural
and mechanical components including equipment
required to make Chlorine Building functional whether
shown or not shown on the Plans. Electrical and PMCS
related items shall be included in Item 23 and 24. _____
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
18.
Sodium Bisulfite (SBS) System (Series 1000). Includes
all structural and mechanical components including
equipment required to make Sodium Bisulfite (SBS)
System functional whether shown or not shown on the
Plans. Electrical and PMCS related items shall be
included in Item 23 and 24. ______________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
19.
Sludge Holding Tank and Blowers (Series 1100).
Includes all structural and mechanical components
including equipment required to make Sludge Holding
Tank and Blowers Sodium Bisulfite (SBS) System
functional whether shown or not shown on the Plans.
Electrical and PMCS related items shall be included in
Item 23 and 24. ________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
20.
Dewatering Facility (Series 1200). Includes all
structural and mechanical components including
equipment required to make Dewatering Facility
functional whether shown or not shown on the Plans.
Electrical and PMCS related items shall be included in
Item 23 and 24. ________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
21.
Electrical Buildings (Series 1300). It also includes all
items required including equipment to make Electrical
Buildings functional whether shown or not shown on the
Plans. Electrical and PMCS related items shall be
included in Item 23 and 24. ______________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
Addendum No. 9 - 10/07/2014 Page 13
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 10
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
22.
Operation & Control Building and Associated
Driveway, and Parking Areas (Series 1400) including
equipment required to make Operations and Control
Building functional whether shown or not shown on the
Plans. Electrical and PMCS related items shall be
included in Item 23 and 24. ______________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
23.
Plant Electrical System including generators,
switchgear, motor control centers, variable frequency
drives, conduit and wiring system, underground conduit
banks and pullboxes, etc. ________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
24.
Plant Process Monitoring Control System (PMCS) and
Field Instrumentation ___________________________
____________________________________________
____________________________________________
LS 1
$________ $________
25.
Plant Yard Piping. _____________________________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
26.
Plant Paving and Grading (Includes all Plant roads). ___
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
27.
Off Site Plant Entrance Road (Driveway). ___________
____________________________________________
____________________________________________
____________________________________________
LS 1
$________ $_________
28.
Masonry Fence. _______________________________
____________________________________________
____________________________________________
____________________________________________
LF 1,609
$________ $_________
Addendum No. 9 - 10/07/2014 Page 14
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 11
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
29.
Chain link Fence (Cyclone).______________________
____________________________________________
____________________________________________
____________________________________________
LF 1,731
$________ $_________
B. UNIT PRICE ITEMS
30.
Headworks Grinder (HWGR-0301 and HWGR-0302)
JWC Environmental. (Equipment Only). Include
installation cost only in Bid Item 12. _______________
____________________________________________
____________________________________________
____________________________________________
EA 2 $________ $_________
31.
NPW PS – Vertical Turbine Pumps (NPWP-0801 and
NPWP-0802) Flowserve. (Equipment Only). Include
installation cost only in Bid Item 16. ______________
____________________________________________
____________________________________________
____________________________________________
____________________________________________
EA 2 $________ $_________
C. ALLOWANCE:
$_________
32.
Laboratory Equipment. _________________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $80,000 $80,000
33.
Laboratory Equipment: Overhead and Profit. ________
____________________________________________
____________________________________________
____________________________________________
LS 1 $4,000 $4,000
34.
General. _____________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $250,000 $250,000
Addendum No. 9 - 10/07/2014 Page 15
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 12
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
35.
Landscaping. _________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $18,000 $18,000
36.
Landscaping: Overhead and Profit. ________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $900 $900
37.
Field Testing. _________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $10,000 $10,000
38.
Field Testing: Overhead and Profit. ________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $500 $500
39.
Skid-Steer Loader (Bobcat).______________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $25,000 $25,000
40.
Furniture and Furnishings for Operation and
Maintenance Building. __________________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $30,000 $30,000
41.
Furniture and Furnishings for Operations and
Maintenance Building: Overhead and Profit. ________
____________________________________________
____________________________________________
____________________________________________
LS 1 $1,500 $1,500
Addendum No. 9 - 10/07/2014 Page 16
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 13
CITY OF LAREDO UTILITIES DEPARTMENT
SOMBRERETILLO WASTEWATER TREATMENT PLANT
BID SCHEDULE
BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in
words shall govern. Refer to Specification Section 01025-MEASUREMENT AND
PAYMENT for a complete description of each work item.
ITEM
NO.
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
42.
Door Finish Hardware for Operation and Maintenance
Building. ____________________________________
____________________________________________
____________________________________________
____________________________________________
LS 1 $4,500 $4,500
43.
Door Finish Hardware for Operation and Maintenance
Building: Overhead and Profit. ____________________________________________
____________________________________________
____________________________________________
LS 1 $225 $225
44.
Conduit and Cable Modifications at BNR Basin. _____
____________________________________________
____________________________________________
____________________________________________ LS 1 $50,000 $50,000
45.
Reclaimed Water Fill Station. ____________________
____________________________________________
____________________________________________
____________________________________________ LS 1 $100,000 $100,000
46.
Rock excavation for Yard Piping within the plant site
only. ________________________________________
____________________________________________
____________________________________________
____________________________________________
CY 2,000 $80,000 $80,000
Addendum No. 9 - 10/07/2014 Page 17
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 14
The following Extra Unit Prices are not included as part of the Bid Price:
ITEM DESCRIPTION
WITH UNIT BID WRITTEN IN WORDS
UNIT UNIT
QTY
UNIT BID
PRICE
AMOUNT
BID
D. EXTRA UNIT PRICES FOR:
1.
7-in Concrete Pavement and subgrade
____________________________________________
____________________________________________
____________________________________________
SY 1
$________ $_________
2.
Asphalt Pavement (2-Inch HMAC, 13-in Flex Base,
Prime Coat, and Sub-grade)
____________________________________________
____________________________________________
____________________________________________
SY 1
$________ $_________
3.
4-in thick Concrete Sidewalk including sub base
preparation.
____________________________________________
____________________________________________
____________________________________________
SY 1
$________ $_________
Addendum No. 9 - 10/07/2014 Page 18
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 15
BID SUMMARY
LUMP SUM WORK (A): $
UNIT PRICE ITEM (B): $
ALLOWANCE (C): $
TOTAL BID: (A+B+C) $
TOTAL BID
WRITTEN IN
WORDS:
Contractor/Firm
Signature Title
Address City/State Zip Code
Telephone Number: ( )
Fax Number ( )
Date:
NOTE: PRICES BID FOR ALL ITEMS ARE COMPLETE AND PLACE, AND FOR FURNISHING ALL
LABOR, MATERIALS, EQUIPMENT, INCIDENTIALS AND ALL APPURTENANCES, AS
REQUIRED FOR A COMPLETE AND TOTAL PROJECT AS DESIGNED AND SHOWN IN THE
CONTRACT DOCUMENTS AND SPECIFICATIONS.
Addendum No. 9 - 10/07/2014 Page 19
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 16
INFORMATION FROM BIDDERS
CONTRACTOR’S STATEMENT OF QUALIFICATIONS
CONSTRUCTION EXPERIENCE
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
Statement of Qualifications: (Similar Projects Completed by Bidder). Contractor shall list four (4) Wastewater
Treatment Plant construction projects completed by the Contractor during the last 10 years, each involving work of
similar type and complexity having a minimum capacity of 3 MGD (new or expansion). Additionally, at least three (3)
of the four (4) qualifying reference projects must have been constructed in Texas. Failure to provide the information will
cause the bid to be non-responsive and rejected.
1. Name of Project:
Value of Contract:
Date Completed:
Owner:
Address:
Telephone
2. Name of Project:
Value of Contract:
Date Completed:
Owner:
Address:
Telephone
3. Name of Project:
Value of Contract:
Date Completed:
Owner:
Address:
Telephone
Addendum No. 9 - 10/07/2014 Page 20
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 17
4. Name of Project:
Value of Contract:
Date Completed:
Owner:
Address:
Telephone
Experience Data: (Include name and experience record of the Superintendent)
Financial Status: A confidential financial statement will be submitted by the apparent successful low Bidder only if the
Owner deems it necessary.
Addendum No. 9 - 10/07/2014 Page 21
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 18
INFORMATION FROM BIDDERS (CONTINUED)
CONTRACTOR’S STATEMENT OF QUALIFICATIONS
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
Proposed Project Team:
1. Project Manager: ___________________________________
2. Project Superintendent: ______________________________
Proposed Progress Schedules:
Data on Equipment to be used on the Work: (Include the number of machines, the type, capacity, age and conditions and
locations)
Materials: List sources, types and manufacturers of proposed materials. Failure to provide the listing of
materials will render the bid non-responsive.
1. Concrete ____________________________________________________
2. Asphalt Stabilized Base ____________________________________________________
3. Flexible Base Course _____________________________________________________
4. Asphaltic Concrete Pavement _____________________________________________________
5. _____________________ _____________________________________________________
6. _____________________ _____________________________________________________
7. _____________________ _____________________________________________________
8. _____________________ _____________________________________________________
9. _____________________ _____________________________________________________
10. _____________________ _____________________________________________________
Addendum No. 9 - 10/07/2014 Page 22
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 19
Subcontractors: Submit a list of proposed Subcontractors that are providing 5% or more of total bid price. Failure to
provide the listing of subcontractors will render the bid non-responsive.
1. Tunnel Shafts ____________________________________________________
2. Tunnel Excavation ____________________________________________________
3. Concrete _____________________________________________________
4. System Integrator _____________________________________________________
5. Electrical _____________________________________________________
6. Process Monitoring Control System (PMCS)
Including Field Instrumentation
_____________________________________________________
7. Yard and Site Piping _____________________________________________________
8. Asphalt Pavement _____________________________________________________
9. Structural Steel _____________________________________________________
10. Utility Contractor (Offsite Sewer) _____________________________________________________
11. _____________________ _____________________________________________________
Additional Subcontractor Requirements:
Bidding Contractors shall submit at bid time certified qualifications documentation from the proposed PMCS
subcontractor that clearly substantiates compliance with qualifications requirements stipulated in Section 13440.1.01.D.
Failure to meet the required acceptable qualifications could subject the General Contractor’s bid to be disqualified.
Addendum No. 9 - 10/07/2014 Page 23
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 20
BID BOND
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
as Principal, and
as Surety, are hereby held and firmly bound unto The City of Laredo, Texas as Owner in the penal sum of
for payment of which, well and truly to be made, we hereby jointly and severally bid ourselves, our heirs,
executors, administrators, successors and assigns.
Signed, this day of , .
The condition of the above obligation is such that whereas the Principal has submitted to
a certain Bid,
attached hereto and hereby made a part hereof to enter into a Contract in writing for the
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful
performance of said Contract, and for the payment of all persons performing labor or furnishing materials
in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of
said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being
expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety, and its bonds
shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and
said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of
them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their
proper officers, the day and year first set forth herein.
Addendum No. 9 - 10/07/2014 Page 24
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 21
BID BOND (CONTINUED)
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
(L.S.)
Principal
Seal
Surety
By:
Addendum No. 9 - 10/07/2014 Page 25
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
BID PROPOSAL SECTION A-5 - 22
AFFIDAVIT
PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT
Form of Non-Collusive Affidavit
AFFIDAVIT
STATE OF TEXAS { }
COUNTY OF WEBB { }
being first duly sworn, deposes and says
that he is
(a Partner or Officer of the firm of, etc.)
the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said
Bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any Bidder or Person, to put in a
sham bid or to refrain from bidding and has not in any manner, directly or indirectly, sought by agreement or collusion,
or communication or conference, with any person, to fix the bid price or affiant of any other Bidder, or to fix any
overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the
City of Laredo or any person interested in the proposed Contract; and that all statements in said proposal or bid are true.
Signature of
Bidder, if the Bidder is an Individual
Partner, if the Bidder is a Partnership
Officer, if the Bidder is a Corporation
Subscribed and sworn before me this day of , 2014.
Notary Public
My Commission expires
END OF SECTION
Addendum No. 9 - 10/07/2014 Page 26
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.1 SCOPE SUMMARY
A. Procedures for measurement and payment plus conditions for nonconformance assessment and non-payment for rejected products.
1.2 AUTHORITY
A. Measurement methods delineated in Specification sections are intended to complement the criteria of this section. In the event of conflict, the requirements of the Specification section shall
govern.
1.3 UNIT QUANTITIES SPECIFIED
A. UNIT QUANTITIES ARE PROVIDED FOR INFORMATION PURPOSES ONLY. NO ADDITIONALY PAY SHALL BE PROVIDED IF THE ACTUAL WORK REQUIRED IS
GREATER THAN THOSE INDICATED IN THE BID FORM. IF NO BID ITEM IS
PROVIDED FOR WORK SHOWN ON THE DRAWINGS, IT SHALL BE CONSIDERED
INCIDENTAL TO ONE OF THE OTHER BID ITEMS.
1.4 ADMINISTRATIVE SUBMITTALS
A. Schedule of Values: Submit schedule on CONTRACTOR's standard form.
B. Schedule of Estimated Progress Payments: 1. Submit with initially acceptable schedule of values. 2. Submit adjustments thereto with Application for Payment.
C. Application for Payment.
D. Final Application for Payment.
1.5 SCHEDULE OF VALUES
A. Prepare a separate schedule of values for each schedule of Work under the Agreement.
B. Unit Price Work: Reflect unit price quantity and price breakdown from conformed Bid Form.
C. An unbalanced or front-end loaded schedule will not be acceptable.
D. Summation of the complete schedule of values representing all Work shall equal the Contract Price.
E. Refer to Section 01292 – Schedule of Values.
1.6 SCHEDULE OF ESTIMATED PROGRESS PAYMENTS
A. Show estimated payment requests throughout Contract Times aggregating initial Contract Price.
B. Base estimated progress payments on initially acceptable progress schedule. Adjust to reflect subsequent adjustments in progress schedule and Contract Price as reflected by modifications to
the Contract Documents.
1.7 APPLICATION FOR PAYMENT
A. Transmittal Summary Form: Attach one Summary Form with each detailed Application for Payment for each schedule and include Request for Payment of Materials and Equipment on Hand
as applicable. Execute certification by authorized officer of CONTRACTOR.
Addendum No. 9 - 10/07/2014 Page 27
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 2
B. Provide separate form for each schedule as applicable.
C. Include accepted schedule of values for each schedule or portion of Work, the unit price breakdown for Work to be paid on unit price basis, a listing of OWNER-selected equipment, if
applicable, and allowances, as appropriate.
D. Preparation: 1. Round values to nearest dollar. 2. List each Change Order and Written Amendment executed prior to date of submission as
separate line item. Totals to equal those shown on the Transmittal Summary Form for each
schedule as applicable.
3. Submit Application for Payment, including a Transmittal Summary Form and detailed Application for Payment Form(s) for each schedule as applicable, a listing of materials on
hand for each schedule as applicable, and such supporting data as may be requested by
OWNER.
1.8 MEASUREMENT – GENERAL
A. Weighing, measuring, and metering devices used to measure quantity of materials for Work shall be suitable for purpose intended and conform to tolerances and specifications as specified in
National Institute of Standards and Technology, Handbook 44.
B. Whenever pay quantities of material are determined by weight, the material shall be weighed on scales furnished by CONTRACTOR and certified accurate by the state agency responsible. A
weight or load slip shall be obtained from the weigher and delivered to the OWNER's
representative at the point of delivery of the material.
C. If material is shipped by rail, the car weights will be accepted provided that actual weight of material only will be paid for and not minimum car weight used for assessing freight tariff, and
provided further that car weights will not be acceptable for material to be passed through mixing
plants.
D. Vehicles used to haul material being paid for by weight shall be weighed empty daily and at such additional times as required by ENGINEER. Each vehicle shall bear a plainly legible
identification mark.
E. All materials which are specified for measurement by the cubic yard measured in the vehicle shall be hauled in vehicles of such type and size that the actual contents may be readily and
accurately determined. Unless all vehicles are of uniform capacity, each vehicle must bear a
plainly legible identification mark indicating its water level capacity. All vehicles shall be loaded
to at least their water level capacity. Loads hauled in vehicles not meeting the above requirements
or loads of a quantity less than the capacity of the vehicle, measured after being leveled off as
above provided, will be subject to rejection, and no compensation will be allowed for such
material.
F. Quantities will be based on ground profiles shown. Field surveys will not be made to confirm accuracy of elevations shown.
G. Where measurement of quantities depends on elevation of existing ground, elevations obtained during construction will be compared with those shown on Drawings. Variations of 1 foot or less
will be ignored, and profiles shown on Drawings will be used for determining quantities.
H. Units of measure shown on the Bid Form shall be as follows unless specified otherwise
Item Method of Measurement
AC Acre—Field Measure by ENGINEER
CY Cubic Yard—Field Measure by ENGINEER within the limits
specified or shown
CY-VM Cubic Yard—Measured in the Vehicle by Volume
EA Each—Field Count by ENGINEER
GAL Gallon—Field Measure by ENGINEER
Addendum No. 9 - 10/07/2014 Page 28
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 3
Item Method of Measurement
HR Hour
LB Pound(s)—Weight Measure by Scale
LF Linear Foot—Field Measure by ENGINEER
LS Lump Sum—Unit is one; no measurement will be made
SF Square Foot
SY Square Yard
TON Ton—Weight Measure by Scale (2,000 pounds)
I. Rock excavation: The removal of materials classified as rock and the disposal of the excavated material in conformity with the lines, grades, and dimensions shown on the drawings. Rock is
classified as limestone, sandstone, granite or similar rocks in solid beds or masses in original or
stratified position which can be removed only by continuous drilling , or the use of pneumatic
tools, and all boulders of 1 cubic yard in volume or larger. In general, blasting of rock is not
recommended. However if blasting can be performed without damage to existing facilities and is
shown as a benefit to the cost and schedule for the project, the City shall consider this as an
acceptable removal method. Rock excavation is considered as subsidiaries to all bid items except
for on-site yard piping (Bid Item No. 25)
1.9 PAYMENT
A. Payment for lump sum work covers all Work necessary to furnish and install the following items:
Note: The Contractor is hereby advised that no separate payment will be made for any
excavation, regardless of the material encountered except for Bid Item No. 25. Please
refer to the geo-tech report. All excavation for utilities, structures, etc. will be included in
the lump sum price, or the linear foot price bid for each item.
NO ITEM DESCRIPTION
1. Mobilization This item shall govern the mobilization and demobilization of personnel, equipment, and supplies to the project site in preparation for beginning work
on contract items. It shall include, but not be limited to, the movement of
equipment and personnel and the establishment of temporary offices and other
facilities that may be required for the start of the work, for both the general
contractor & all subcontractors.
Measurement for payment is on a lump sum basis.
Addendum No. 9 - 10/07/2014 Page 29
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 4
NO ITEM DESCRIPTION
2. Storm Water Pollution Prevention Plan (SWPPP). This also includes
all BMPs (silt fencing,
construction, entrance, inlet
protection, rock filter dams,
hydromulch seeding, etc.)
This item shall govern preparation, maintenance, and implementation of the
Storm Water Pollution Prevention Plan (SWPPP), and complying with Texas
Commission on Environmental Quality (TCEQ) regulations, and Texas
Pollution Discharge Elimination System (TPDES) General Permit
requirements. The Contractor shall be the operator as defined by TPDES
General Permit. The Contractor shall submit all notifications and pay all
associated fees required by the TPDES General Permit. The Contractor’s
temporary controls shall be installed and maintained throughout the
construction contract and post construction period. The Contractor shall
maintain and inspect the temporary control measures in accordance with the
TPDES General Permit requirements. The Contractor is responsible for any
disastrous event resulting from negligence in providing the appropriate
devices to prevent the contamination of storm sewers and channels and
flooding on the roadway and private properties, in the event of a rainstorm.
The SWPPP shall be adjusted and updated as the project progresses to meet
compliance with applicable permits and ordinances. Contractor shall be
responsible for the removal and appropriate disposal of any project control
measures not incorporated as a permanent control when final stabilization has
been obtained on the project. Included related submittals.
Measurement for payment is on a lump sum basis.
3. Control of Groundwater and Surface Water
This item shall govern ground and surface water control including but not
limited to depressurizing, draining, and maintaining trenches, shaft
excavation, and foundation beds in a stable condition, and controlling ground
water conditions for pipeline excavations. Protecting work against surface
runoff and rising flood waters and disposing of removed water.
Measurement for payment is on a lump sum basis.
4. Trench Safety System This item shall govern trench excavation safety protection required for the installation of all trench excavation protection systems to be utilized in the
project, and including all additional excavation and backfill required by the
protection system. Such work shall include sloping, sheeting, trench boxes or
trench shields, sheet piling, cribbing, bracing, shoring, and temporary
pumping or diversion and recapture of storm water to provide adequate
drainage. The work shall also include any over-excavation and additional
backfill necessary to accommodate the trench protection system, as well as
any jacking or removal of jacks and trench supports after completion. The
quantity for trench safety is approximately 16,297-lf.
Measurement for payment is on a linear foot basis.
5. Off-site 8-inch Water Main This item shall include all supervision, labor, tools, and materials necessary to construct the 8-inch water main and associated appurtenances as depicted in
the Plans. The quantity for the 8-inch water main is approximately 1,925-lf.
Measurement for payment is on a linear foot basis.
6. Off-site 8-inch Sanitary Sewer This item shall include all supervision, labor, tools, and materials necessary to construct the 8-inch sanitary sewer as depicted in the Plans. The quantity for
the 08-inch sewer main is approximately 2,105-lf.
Measurement for payment is on a linear foot basis.
7. Off-site 18-inch Sanitary Sewer This item shall include all supervision, labor, tools, and materials necessary to construct the 18-inch sanitary sewer as depicted in the Plans. The quantity for
the 18-inch sewer main is approximately 2,450-lf
Measurement for payment is on a linear foot basis.
Addendum No. 9 - 10/07/2014 Page 30
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 5
NO ITEM DESCRIPTION
8. Off-site 24-inch Sanitary Sewer This item shall include all supervision, labor, tools, and materials necessary to construct the 24-inch sanitary sewer and as depicted in the Plans. The
quantity for the 24-inch sewer main is approximately 6,606-lf
Measurement for payment is on a linear foot basis.
9. Off-site 30-inch Sanitary Sewer (To Influent Lift Station)
This item shall include all supervision, labor, tools, and materials necessary to
construct the 30-inch sanitary sewer as depicted in the Plans. The quantity for
the 30-inch sewer main is approximately 3,210-lf.
Measurement for payment is on a linear foot basis.
10. Off-site Manholes (All depths and sizes)
This item shall include all supervision, labor, tools, and materials necessary to
construct the sanitary sewer manholes as depicted in the Plans. The quantity
for the sanitary sewer manholes is approximately 34.
Measurement for payment is on a each/unit basis.
11. Influent Lift Station (Series 200). It also includes all items required to
make Plant functional whether
shown or not shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
12. Headworks (Series 300). It also includes all items required to make
Plant functional whether shown or
not shown on the Plans. This item
excludes the equipment cost for
Unit Price Items listed in Section
B. Refer to Item 30.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
13. BNR Basin and Blowers (Series 400). It also includes all items
required to make Plant functional
whether shown or not shown on
the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
14. Secondary Clarifiers (Series 600). It also includes all items required
to make Plant functional whether
shown or not shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
Addendum No. 9 - 10/07/2014 Page 31
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 6
NO ITEM DESCRIPTION
15. RAS/WAS PS (Series 700). It also includes all items required to make
Plant functional whether shown or
not shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
16. Chlorine Contact Basin and Blowers (Series 800). It also
includes all items required to make
Plant functional whether shown or
not shown on the Plans. This item
excludes the equipment cost for
Unit Price Items in Section B.
Refer to Bid Item 31.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
17. Chlorine Building (Series 900). It also includes all items required to
make Plant functional whether
shown or not shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
18. Sodium Bisulfite (SBS) System (1000). It also includes all items
required to make Plant functional
whether shown or not shown on
the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
19. Sludge Holding Tank and Blowers (1100). It also includes all items
required to make Plant functional
whether shown or not shown on
the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
20. Dewatering Facility (Series 1200). It also includes all items required
to make Plant functional whether
shown or not shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
Addendum No. 9 - 10/07/2014 Page 32
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 7
NO ITEM DESCRIPTION
21. Electrical Buildings (Series 1300). It also includes all items required
to make Plant functional whether
shown or not shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
22. Operation & Control Building and Associated Driveway and Parking
Lot (Series 1400). It also includes
all items required to make Plant
functional whether shown or not
shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the process units listed and in accordance with the
Project Plans and Specifications. It includes all structural and mechanical
components. Electrical and Plant Process Monitoring Control Systems
(PMCS) related components are included in Item 23 and 24.
Measurement for payment is on a lump sum basis.
23. Plant Electrical. It also includes all items required to make Plant
functional whether shown or not
shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the Plant Electrical in accordance with the Project Plans
and Specifications. System includes generators, switchgear, motor control
centers, variable frequency drive, conduit and wiring system, underground
conduit banks and pull boxes, etc.
Measurement for payment is on a lump sum basis.
24. Plant Process Monitoring Control Systems (PMCS) and Field
Instrumentation. It also includes all
items required to make Plant
functional whether shown or not
shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the Plant Process Monitoring Control (PMCS) and Field
Instrumentation in accordance with the Project Plans and Specifications.
Measurement for payment is on a lump sum basis.
25. Plant Yard Piping. It also includes all items required to make Plant
functional whether shown or not
shown on the Plans.
This item shall include all supervision, labor tools, and materials necessary to
acquire and install all the Plant Yard Piping in accordance with the Project
Plans and Specifications.
Measurement for payment is on a lump sum basis.
26. Plant Paving and Grading. This item shall include all supervision, labor tools, and materials necessary to acquire and install all the Plant Paving and Grading in accordance with the
Project Plans and Specifications.
Measurement for payment is on a lump sum basis.
27. Off Site Plant Entrance Road (Driveway)
This item shall include all supervision, labor tools, and materials necessary to
acquire and install the Off-Site Plant Entrance Road (Driveway) in
accordance with the Project Plans and Specifications.
Measurement for payment is on a lump sum basis.
28. Masonry Fence This item shall include all supervision, labor tools, and materials necessary to acquire and install the masonry fence in accordance with the Project Plans and
Specifications. The quantity for the masonry fence is approximately 1,609-lf.
Measurement for payment is on a linear foot basis.
Addendum No. 9 - 10/07/2014 Page 33
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 8
NO ITEM DESCRIPTION
29. Chain Link Fence (Cyclone) This item shall include all supervision, labor tools, and materials necessary to acquire and install the chain link fence (cyclone) in accordance with the
Project Plans and Specifications. The quantity for the chain link fence is
approximately 1,731-lf.
Measurement for payment is on a linear foot basis.
Addendum No. 9 - 10/07/2014 Page 34
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 9
B. Unit price items cover all Work necessary to furnish and install the following items:
NO. ITEM DESCRIPTION
30. Headworks Grinder (HWGR-0301 & HWGR-0302). JWC
Environmental (Equipment Only).
Include installation in Bid Item 12.
Bid Price for purchasing the equipment and materials associated with the
Headworks Grinder and accessories in accordance with Specification Section
11092 (JWC) only. Installation costs, materials, overhead, profit for
installing, field testing, and make ready for operation shall be included in Bid
Item No. 12.
Measurement for payment is for each.
31. NPW PS – Vertical Turbine Pumps (NPWP-0801 and NPWP-0802)
Flowserve. (Equipment Only).
Include installation in Bid Item 16.
Bid Price for purchasing the equipment and materials associated with the
BNR Scum Pump and accessories in accordance with Specification Section
11066 (Flowserve) only. Installation costs, materials, overhead, profit for
installing, field testing, and make ready for operation shall be included in Bid
Item No. 16.
Measurement for payment is for each.
C. Allowance Items:
NO. ITEM DESCRIPTION
32. Laboratory Equipment Allowance This item shall govern Laboratory Equipment required by the OWNER
33. Laboratory Equipment: Overhead and Profit Allowance
This item shall govern any and all Contractor Overhead and Profit Allowance
associated with Laboratory Equipment (5%).
34. General Allowance The General Allowance may be used by the OWNER for contingencies and/or general improvements for the project.eral improvements for the
project.
35. Landscaping Allowance The Landscaping Allowance may be used by the OWNER for the addition of landscaping and irrigation around the perimeter of the Operations and
Administration Building as well as the general plant site.
36. Landscaping: Overhead and Profit Allowance
This item shall govern any and all Contractor Overhead and Profit Allowance
associated with Landscaping (5%).
37. Field Testing Allowance This work provides for an allowance, on a negotiated basis, for additional field testing as directed by OWNER during the Construction period. This
allowance is for work that is in addition to the Contract requirements, and is
not presently identified as part of the Contract. This item does not include
quality control or other testing required to be performed by the Contractor.
Includes related submittals.
Addendum No. 9 - 10/07/2014 Page 35
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 10
NO. ITEM DESCRIPTION
38. Field Testing: Overhead and Profit Allowance
This item shall govern any and all Contractor Overhead and Profit Allowance
associated with Field Testing (5%).
39. Skid-Steel Loader (Bobcat) Allowance
The Allowance may be used by the OWNER for the purchase of a skid steel
type loader (Bobcat)
40. Furniture and Furnishings for Operation and Maintenance
Building Allowance
The Furniture and Furnishings Allowance may be used by the OWNER for
the purchase of furniture and furnishings for the Operation and
Administration Building
41. Furniture and Furnishings for Operation and Maintenance
Building: Overhead and Profit
This item shall govern any and all Contractor Overhead and Profit Allowance
associated with Furniture and Furnishings for the Operation and Building
Allowance (5%).
42. Door Finish Hardware for Operation and Maintenance
Building
The Door Finish Hardware Allowance may be used by the OWNER for the
purchase of Door Finish Hardware for the Operation and Administration
Building.
43. Door Finish Hardware for Operations and Maintenance
Building: Overhead and Profit
This item shall govern any and all Contractor Overhead and Profit Allowance
associated with Door Finish Hardware for Operation and Maintenance
Building Allowance (5%).
44. Conduit and Cable Modifications at BNR Basin
This Allowance may be used by the OWNER to cover expense associated
with extending conduit and cable due to modifications of the BNR Basin.
45. Reclaimed Water Fill Station. Reclaimed Water Fill Station Allowance may be used by the OWNER for the installation and equipment of Reclaimed Water Fill Station.
46. Rock excavation for Yard Piping within the plant site only.
Reclaimed Water Fill Station Allowance may be used by the OWNER for
rock excavation for Yard Piping within the plant site only
Additive Alternates:
1. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available
for evaluation.
2. Types of costs of purchases include the following: Equipment, Labor, Shipping, and Materials.
3. At the earliest feasible date after Contract award, advice the ENGINEER of the date when the final selection and purchase of each product or system described by an allowance must
be completed in order to avoid delay in performance of the Work.
Addendum No. 9 - 10/07/2014 Page 36
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 11
4. When requested by the ENGINEER, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of the Work.
5. Purchase products and systems, as selected by Owner, from the designated supplier. 6. Submit invoices or delivery slips to indicate actual quantities of materials delivered to the
site for use in fulfillment of each Allowance.
7. At project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order.
8. Return unused materials to the manufacturer or supplier for credit to the OWNER, after installation has been completed and accepted.
9. Where it is not economically feasible to return unused material for credit and when requested by the ENGINEER, prepare unused material for the OWNER’s storage, and
deliver to the OWNER’s storage space as directed. Otherwise, disposal of excess material
is the Contractor's responsibility.
10. Inspect products covered by allowances promptly upon delivery for damage or defects. 11. Coordinate materials and their installation for each allowance with related materials and
installations to ensure that each allowance item is completely integrated and interfaced with
related construction activities.
12. Unused allowance amounts will be credited to the OWNER by way of Change Order(s) to adjust the final Construction Contract amount.
D. Extra Unit Prices For:
In the event changes are required to increase or decrease any of the unit bid items listed below
due to changes in field conditions or owner driven changes the following unit prices shall
govern for calculating such additions or deductions as either required or requested. Pricing is
for items furnished, installed, and fully functional. Unit pricing is all inclusive (insurance,
general, administrative, overhead, profit)
NO. ITEM DESCRIPTION
1 7-inch Concrete Pavement and
Sub-grade
Furnish, install, and make functional concrete pavement. Bid item on a square
yard basis.
2 Asphalt Pavement (2-inch
HMAC, 13-inch Flex Base,
Prime Coat, and Subgrade
Furnish, install, and make functional asphalt pavement. Bid item on a square
yard basis.
3 4-inch thick Concrete Sidewalk
including sub base preparation
Furnish, install, and make functional sidewalk. Bid item on a square yard
basis.
Addendum No. 9 - 10/07/2014 Page 37
SEC 8138 City of Laredo October 2014
Sombreretillo WWTP – Addendum No. 9
MEASUREMENT AND PAYMENT 01025 - 12
1.10 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS
A. Payment will not be made for following: 1. Loading, hauling, and disposing of rejected material. 2. Quantities of material wasted or disposed of in manner not called for under Contract
Documents.
3. Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents.
4. Material not unloaded from transporting vehicle. 5. Defective Work not accepted by OWNER. 6. Material remaining on hand after completion of Work.
1.11 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT
A. Partial Payment: No partial payments will be made for materials and equipment delivered or stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable to
OWNER.
B. Final Payment: Will be made only for products incorporated in Work; remaining products, for which partial payments have been made, shall revert to CONTRACTOR unless otherwise agreed,
and partial payments made for those items will be deducted from final payment.
PART 2 - PRODUCTS – NOT USED
PART 3 - EXECUTION – NOT USED
END OF SECTION
Addendum No. 9 - 10/07/2014 Page 38
104 Del Court - Suite 400Laredo, Texas 78041 - (956) 791-3511
T.B.P.E. FIRM REGISTRATION No. F-3132
San Antonio, Texas 782168400 Blanco Road, Ste. 201
T.B.P.E. FIRM REGISTRATION No. F-8038
PROPOSED SITE PLANRECLAIMED WATER FILL STATION
Addendum No. 9 - 10/07/2014 Page 39
emartinezTypewritten Text9
emartinezTypewritten Text
emartinezTypewritten Text9
emartinezTypewritten Text
emartinezTypewritten Text
GEOTECHNICAL ENGINEERING STUDY SOMBRERETILLO
WASTEWATER TREATMENT PLANT OFFSITE SANITARY SEWER LINE
LAREDO, TEXAS
CONDUCTED FOR:
UTILITIES DEPARTMENT
LAREDO, TEXAS
PREPARED BY:
1216 SANTA MARIA AVENUE LAREDO, TEXAS 78040
TBPE REGISTRATION No. F-10341
2014
Addendum No. 9 - 10/07/2014 Page 40
Addendum No. 9 - 10/07/2014 Page 41
Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas
i
TABLE OF CONTENTS
1. INTRODUCTION ........................................................................................................... 1 1.1 Authorization and Scope ..................................................................................... 1 1.2 Project Description ............................................................................................... 1
2. FIELD AND LABORATORY TESTING ......................................................................... 1 2.1 Field
top related